Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 14, 2017 FBO #5682
SOLICITATION NOTICE

80 -- Silicone Kits - Attch1 RFQ Template

Notice Date
6/12/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325520 — Adhesive Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Space Command, 30CONS, 1515 Iceland Avenue, Bldg 8500, Room 150, Vandenberg AFB, California, 93437-5212
 
ZIP Code
93437-5212
 
Solicitation Number
F4DEB17144A001
 
Archive Date
7/1/2017
 
Point of Contact
Damian Perez, Phone: 8056060884
 
E-Mail Address
damian.perez.1@us.af.mil
(damian.perez.1@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Salient Characteristics RFQ Template This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a separate written solicitation will not be issued. This combined synopsis/solicitation is issued as a request for quote (RFQ) PR# F4DEB17144A001. Submit written offers IAW Contract Line Item Number (CLIN) structure outlined in announcement. A quote template sheet will be provided. Oral offers will not be accepted. All firms or individuals responding must be registered with the System for Award Management (SAM) (https://www.sam.gov). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-95 and DFARS DPN 20161222. North American Industrial Classification Standard (NAICS) 325520 and Size Standard of 500 employees apply to this procurement. Purchase Request #: F4DEB17144A001 Project Title : Silicone Kits •1. Quotes should conform to the CLIN structure as established in the RFQ Template, Attachment 1. •2. Quotes shall be valid through 7/16/2017. •3. Please see attached documents for detailed description of requirements. •4. All questions or comments must be provided to the Contract Specialist (CS) in writing via email NLT 14 June 2017, 3:00 PM PST. Answers will be posted 15 June 2017, 2:00PM PST. Telephone and other means of oral communication will not be permitted. •5. Quotes must be sent to Contract Specialist damian.perez.1@us.af.mil no later than 16 June 2017, 4:00PM PST. The contract will be Firm Fixed Price with the CLIN structure reflected below. The delivery date will be 30 days after award. The following clauses are incorporated by reference in the final award: 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13 System for Award Management Maintenance 52.204-18 Commercial and Government Entity Code Maintenance 52.204-19 Incorporation by Reference of Representations and Certifications 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10 Prohibition on Contracting With Inverted Domestic Corporation 52.212-4 Contract Terms and Conditions-Commercial Items 52.219-6 Notice of Total Small Business Set-Aside 52.219-28 Post-Award Small Business Program Representation 52.222-3 Convict Labor 52.222-19 Child Labor 52.222-21 Prohibition of Segregated Facility 52.222-26 Equal Opportunity 52.222-36 Equal Opportunity for Workers with Disabilities 52.222-50 Combat Trafficking in Persons 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer-- System for Award Management 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 252.201-7000 Contracting Officer's Representative 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.204-7006 Billing Instructions 252.204-7012 Safeguarding of Unclassified Controlled Technical Information 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7001 Buy American Act & Balance of Payments 252.225-7002 Qualifying CountrySources as Subcontractors 252.225-7048 Export-Controlled Items 252.232-7003 Electronic Submission of Payment Requests 252.232-7010 Levies on Contract Payments 252.244-7000 Subcontracts for Commercial Items 252.247-7023 Transportation of Supplies by Sea 252.247-7024 Nortification of Transportation of Supplies by Sea The following clauses are incorporated by full text in the final award: 52.212-5 dev. Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Fill-in text: (ix): N/A 52.252-2 Clauses Incorporated by Reference Fill-in Text: http://farsite.hill.af.mil/ 52.252-6 Authorized Deviations in Clauses 252.232-7006 Wide Area Workflow Instructions 5352.201-9101 Ombudsman The following provisions are incorporated by reference in this solicitation : 52.204-7 System for Award Management 52.204-16 Commercial and Government Entity Code Reporting 52.212-1 Instructions to Offerors - Commercial Items (c) Period of acceptance for offers: 16 Jul 2017 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7004 Alternate A, System for Award Management 252.222-7007 Representation Regarding Combating Trafficking in Persons 252.225-7000 Buy American Statute - Balance of Payments Program Certificate The following provisions are incorporated by full text in this solicitation: 52.212-2 Evaluation - Commercial Items Fill-in Text: (a): Lowest Price Technically Acceptable (LPTA) 52.212-3, Alt I Reps & Certs 52.252-1 Provisions Incorporated by Reference Fill-in Text: http://farsite.hill.af.mil/ 52.252-5 Authorized Deviations in Provisions Lack of proper registration in the System for Award Management will make an offeror ineligible for contract award. Sean Kennedy Contracting Officer
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/30CONS/F4DEB17144A001/listing.html)
 
Place of Performance
Address: 1785 Utah Ave Bldg 6601 Rm 189, Vandenberg, California, 93437, United States
Zip Code: 93437
 
Record
SN04541326-W 20170614/170612235002-ff2593630dcc417930d4c8824eb5fd68 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.